Download as xlsx, pdf, or txt
Download as xlsx, pdf, or txt
You are on page 1of 107

Schedule Of Prices

In this schedule of Prices the item description identify the work covered by the respective items but the nature and extent of the
work to be performed is to be ascertained by reference to the Drawings, Specifications, Conditions of Works Contract and all
The Tenderer shall quote in Ringgit Malaysia and the prices quoted shall not be subject to any alteration due to fluctuation in
the cost of material, labour, fuel, transportation and any other materials whatsoever unless expressively stated otherwise. The
************SITE VISIT IS COMPULSORY************

Item Extent Of Works Qty Unit Rate (RM)

SECTION 1: PRELIMINARIES AND GENERAL


To supply, deliver and and install the followings:-

1.00 All payments for workmen compensation and for all the services 1 lot
as mentioned above.

1.01 Attendance in all project site meetings. Preparation and 1 lot


submission of work schedules and progress reports (c/w
photographs, projected progress and actual progress)

1.02 Testing & commissioning, test report, briefing and training for 1 lot
satisfactory operation of the entire FPS, Elect, Medical Gas, Lift,
CDA system and equipments.

1.03 Provision of shop drawings, catalogue of materials 1 lot


and sample board.

1.04 Provision of 4 sets of operation and maintenance manuals , test 1 lot


report & certificate and "As-Built" drawings with hard cover
binding.
( Soft copy of as-built drawing and documents in CD )

1.05 Arrange for MOH authority inspection and to ensure securing


Letter Of Clearance.

1.06 Liaison with all relevant Authorities and arrange for Authority 1 lot
inspection (e.g. Bomba, JKKP, Suruhanjaya Tenaga, TNB) and
to ensure securing Letter Of Clearance for CCC.

1.07 All preliminary expenses such as mobilization, liasoning with 1 lot


other contractors, storage, CIDB Levy, JKKP Notice Machineries
and all obvious work for ensuring the completion of whole
project.
1.08 All signages required by the Authority (e.g. Bomba, JKKP, 1 lot
Suruhanjaya Tenaga, TNB) (Including fire extinguisher, hosereel,
flow switch, pumps cut-in and cut-out, warning sign & etc).

1.09 Labelling of all electrical boards and electrical circuits and 1 lot
laminated schematics in DBs/SSBs/CPs, labelling lighting
switches and S/S/O circuits and other services where relevant.

1.10 Single line diagram schematic A1 size wall mounted board 1 lot
for consumer room.

1.11 Training to be provided to resident maintenance staff. 1 lot

1.12 Temporary water & power supply from connection of main 1 lot
contractor provided water and power metering point for site
installation and testing & commissioning of M&E System.

1.13 All necessary scaffolding, scissors lift, etc and safety measures 1 lot
required for installation works at height.

1.14 All hoisting and lifting works c/w all its required associated 1 lot
safety measures required for loading and unloading goods or
materials, deliver to site and position for installation.

1.15 Preventive Maintenance, Periodic Servicing & Defects Liability 1 lot


warranty for 12 months for all the M&E services involved,
commencing from the date of practical completion.
(Note: Testing, Inspection and Maintenance procedure of Fire
Protection System must comply to Bomba Requirement)

1.16 Provision of M&E coordinator for the entire project period. 1 lot

1.17 Removal and proper disposal of rubbish/ waste material. 1 lot

2.00 Any other items not mentioned above but necessary to


complete the scope of work, please specify:-
(Write 'NIL', if there is none)
(a) __________________________________________
(b)__________________________________________
(c)__________________________________________

TOTAL FOR SECTION (1) :


ms but the nature and extent of the
nditions of Works Contract and all
any alteration due to fluctuation in
expressively stated otherwise. The
***

Total (RM)
Item Extend Of Works Qty U/Rate

SECTION 2 : ELECTRICAL SYSTEM

SECTION 2A : LV SYSTEM
Supply, delivery, installation and testing & commissioning
of the following equipment c/w all necessary
components as shown on the drawings :-

1 Electrical Board
To supply and install the following metal-clad boards c/w
tinned copper bus-bars, all necessary components, accessories
c/w MCBs, MCCBs, ACBs, RCDs, contactors, busbar, relays,
fuse links, current transformers, kilowatt hour meters,
ammeters, voltmeters, LED indicator lights and etc. as
specified in the schematic diagram. :-

As specified in the drawing, Surge Arrestor Device need to be


provided in every single MSB/SSB/DB. The rating are shown
as follows:
a. For SSB = Class2 50kA
b. For DB / EDB = Class2 20kA
Brand: _____________________________________

1.01 MSB (600A) 1 lot


1.02 EMSB (300A) 1 lot
1.03 CLCP 1 lot
1.04 SSB-RF (300A) 1 lot
1.05 ESSB-RF (250A) 1 lot
1.06 DB-GF (100A) 1 lot
1.07 DB-F1 (60A) 1 lot
1.08 DB-OT (100A) 1 lot
1.09 DB-RF 1 lot
1.10 EDB-GF (30A) 1 lot
1.11 EDB-F1 (30A) 1 lot
1.12 EDB-OT (30A) 1 lot
1.13 EDB-RF (30A) 1 lot
1.14 EDB-UPS (100A) 1 lot
1.15 EDB-IPS (60A) 1 lot
1.16 UDB-IPS (60A) 1 lot

1.17 Any other items not mentioned above but necessary


to complete the scope of work, please specify :
a.
b.
c.

Sub-Total For Item (A.1) :-

2 LOW VOLTAGE CABLING


To supply and install the following cables between
boards/equipment/control panel c/w joints, termination and
accessories, cable laid in H.I concealed conduit/G.I
conduit/trunking/cable ladder/covered cable
tray/trenches/underground with armour for following.

Brand: ___________________________________
Unless otherwise specified, copper cable is compulsory to
be used. SIRIM Certificate required.

2.01 From TNB Meter Kiosk to MSB m

From MSB to:


2.02 EMSB m
2.03 SSB-RF m
2.04 DB-GF m
2.05 DB-F1 m
2.06 DB-OT m

From EMSB to:


2.07 CLCP m
2.08 ESSB-RF m
2.09 EDB-GF m
2.10 EDB-F1 m
2.11 EDB-OT m
2.12 AMF-BOARD m

From SSB-RF to:


2.13 CP-AHU-OT-2 m
2.14 CP-AHU-OT-3 m
2.15 CP-VRV-1 m
2.16 CP-VRV-2 m
2.17 CP-VRV-3 m
2.18 DB-CW m
2.19 CP-LIFT m

From ESSB-RF to:


2.20 EDB-RF m
2.21 EDB-UPS m
2.22 EDB-IPS m
2.23 CP-AHU-OT-1 m
2.24 CP-ACSU-UPS m
2.25 CP-HR m
2.26 CP-MGS m

From DB-GF to:


2.27 CP-EAF-G1 m
2.28 CP-EAF-G2 m
2.29 CP-EAF-G3 m

From DB-F1 to:


2.30 CP-EAF-F1 m
2.31 CP-EAF-F2 m

2.32 From EDB-OT to CP-ACSU-OT m

2.33 From EDB-F1 to CP-ACSU-IT m

2.34 From EDB-RF to CP-CO2-GENSET m

2.35 From EDB-UPS to UDB-IPS m

2.36 From EDB-UPS to UPS m

2.37 Fire barrier sealant to seal up all opening at cable risers and 1 lot
other necessary

2.38 Cable supporting system c/w brackets, bolt, nuts and necessary 1 lot
accessories

2.39 Any other items not mentioned above but necessary


to complete the scope of work, please specify :
a.
b.
c.

Sub-Total For Item (A.2) :-

Lighting point & Luminaries, Power Socket point &


3
fittings, Isolator point & fittings.

To supply and install the following lighting/power


socket/isolator points wiring. All points final sub-circuit
wiring shall include all the necessary metal-trunking, pvc
conduit, fittings, switches, switch center, protective conductor
accessories and etc. as specified in the drawings.
Lighting points:

3.1 LED light fitting wiring points nos

3.2 LED Emergency light wiring points nos

3.3 LED 'Keluar' sign wiring points nos

3.4 Lighting wiring points c/w connector nos

3.5 Compound light wiring points nos

Lighting point & Luminaries (SIRIM Approved) :

3.5 LED Emergency Light (Bomba Approved) nos

3.6 LED 'Keluar' sign (Bomba Approved) nos

3.7 2' x 2' Recessed Mirror Louvre LED T8 Fitting nos

3.8 2' x 4' Recessed Mirror Louvre LED T8 Fitting nos

3.9 2' x 4' Slim LED Panel Fitting nos

3.10 2' x 2' Slim LED Panel Fitting nos

3.11 4 feet LED T8 Fitting nos

3.12 4 feet LED T8 (wall mounted) Fitting nos

3.13 6" Round Dimmable White Recessed LED Downlight nos

3.14 6" Round Recessed LED Downlight nos

3.15 Surface LED Round Downlight nos

3.16 60W LED outdoor updown light nos

3.17 40W LED colored building floodlight nos

3.18 Bulkhead light nos

Power Socket point & fittings, Isolator point & fittings:


3.19 13A (1-gang) SSO c/w wiring nos

3.20 13A (1-gang) SSO c/w 4mmsq cabling nos

3.21 13A (1-gang) SSO (metalclad) c/w wiring nos

3.22 13A (1-gang) SSO (Yellow Rocker) c/w wiring nos

3.23 13A (1-gang) SSO (Red Rocker) c/w wiring nos

3.24 15A 3-pin switch socket outlet for Air-Cond at high level c/w
nos
20A Dual Pole Neon Light Switch c/w wiring

3.25 15A 3-pin switch socket outlet for exhaust fan at high level
nos
c/w Switch c/w wiring

3.26 nos
16A SPN + E Isolator AC23A (IP66) for Signboard c/w wiring

3.27 30A TPN + E Isolator AC23A (IP66) c/w wiring nos

3.28 63A TPN + E Isolator AC23A (IP66) c/w wiring nos

3.29 Any other items not mentioned above but necessary


to complete the scope of work, please specify :
a.
b.
c.

Sub-Total For Item (A.3) :-

4 Standby Generating Set


Supply, delivery, installation and testing & commissioning of
the following equipment c/w all necessary components as
shown on the drawings :-

4.1 lot

To supply 415/240V,50Hz,150kVA Prime Rating diesel A.C.


generating set with copper windings c/w all necessary engine
facilities for connecting to gen-set cum AMF Board, tools kits,
Factory Acceptance Test, with Power Factor 0.8 load test,
controller units, relevant components, accessories, industrial
brushless type of alternator and battery charging system.
Prime rating : __________ KVA (Please fill)
Brand Engine: ___________________________
Engine Model:___________________________
European Brand Alternator:__________________
Alternator Model:_________________________

4.2 To supply & install entire 24V (D.C.) heavy duty nickel no
cadmium battery bank of sufficient capacity for 7 sucesssive
attemp start as per Bomba requirement, insulation, piping,
supporting brackets/rack and all other necessary accessories to
DOE/ST's requirements.

4.3 lot
To supply & install entire Engine exhaust system c/w silencer,
thermal insulation, piping, supporting brackets and all other
necessary accessories to DOE/ST's requirements.

To supply & install Air-intake, air-discharge attenuators and lot


Single Leaf Door (1200mm x 2100mm) c/w door frame with
4.4
acoustic specifications to DOE's requirement c/w supporting
system.

4.5 no
To supply & Install Elevated fuel tank sufficient for 12 hrs at
100% load prime rating c/w hand-pump, piping to engine's
fuel supply system and full tank fuel upon handing over.

Material: Mild Steel Welded Tank c/w Painting

Gen-set AMF Board


4.6 To supply and install Gen-set AMF board c/w ACB, Earth no
Fault and Over-current protection relays, gen-set warning and
protection system for over-speed/under-speed, over-
temperature, lubricating systems, and all other necessary
signals, full instrumentations, detailed in the drawing. Further
additional to genset safety requirements and as manufacturer
requirement where necessary.

4.7 lot
To supply and install ATS controller with ACB, automatic
change over contactors, programmable time delay and other
etc accessories as per tender drawing.

4.8 lot
No-volt/under-voltage sensing cable from MSB to AMF Board
using 4C 2.5mm2 PVC/SWA/PVC(cu) in cable trench
4.90 Change-over ACBs' control cabling and control/sensing cable lot
to gen-set

4.10 m
4 x 185mm2 LSZH/XLPE/Mica (CU) fire-resistant cable + E
in cable trench from Gen-set to AMF Board and AMF Board
to auto change-over ACB of MSB

4.11 Complete gen-set earthing system to IEE and national lot


requirements.

4.12 lot
To supply & install Complete genset earthing system and all
necessary earthing system for the genset and AMF boards
(including to related EMSBs) to Malaysia Electricity Supply
Regulations, IEE regulations (17th edition), BS 7671:2008,
MS IEC 60364 or latest. Earth electrode resistance to achieve
below 1 ohms.
Note: All Earthing chamber electrodes must be linked bonded
with 3mm x 25mm copper tape.

4.13 Earth electrode resistance measurement tests for genset, AMF lot
Board and related EMSB c/w test result certificate. Prior
approval by consultant required before appointment of
licensed service engineer required for these tests.

4.14 lot
Calibration setting and testing of all protection relays
(OC/EF/DIFF/REF/ELR), Insulation tests and etc testing and
commissioning. Provision of all testing results/ certificates
certified and endorsed by competent person. Prior approval by
consultant required before engineer for calibration setting,
testing and pre-appointment of licensed service commissioning
works.

4.15 lot
6mm thick rubber mat for AMF Boards, accessories, including
tool kit, CPR chart, necessary warning sign and safety kits for
the room.

4.16 Submission to the various authorities, including DOE, JKKP lot


and ST, and to secure approvals

4.17
Testing and commissioning, including factory witness test and
related expenses Representatives: Owner, Consultant &
Contractor

4.18 Any other items not mentioned above but are


necessary to complete the scope of work, please specify.
(Write "Nil" if there is none.)
(a) _______________________________
(b) _______________________________
(c) _______________________________

Sub-Total For Item (A.4) :-

5 Main and Auxiliary Earthing Sytem

5.1 All necessary earthing system for the main switch board 1 lot
(MSBs), gen-set board and auxillary earthing system for the
entire installation.

5.2 Building Earthing with Copper Electrode & Heavy Duty 1 lot
Inspection Earth Chamber c/w copper tape and provide
insulation for test clamp and conductor below test clamp & etc
accessories (Achieve 1 ohm and below).

5.3 Any other items not mentioned above but are


necessary to complete the scope of work, please specify.
(Write "Nil" if there is none.)
(a) _______________________________
(b) _______________________________
(c) _______________________________

Sub-Total For Item (A.5) :-

6 Lightning Protection System


To supply and install lightning protection system c/w
air terminal, bi-metallic connector, testing clamps, copper
tape and etc as per following :

6.1 Ø15mm x 500mm (H) copper air terminal c/w air rod base nos
and etc accessories.

6.2 Roof & down conductor using 25mm x 3mm aluminium lot
tape from preventor down to lightning strike counter
mounted on high-base roof saddles, then to bimetallic
test clamp, and 25mm x 3mm copper tape to earthing points.

6.3 Any other items not mentioned above but are


necessary to complete the scope of work, please specify.
(Write "Nil" if there is none.)
(a) _______________________________
(b) _______________________________
(c) _______________________________

Sub-Total For Item (A.6) :-

7 Isolated Power Supply (IPS) System

7.1 To supply and install isolated power supply (IPS) system


conforming to MS IEC 60364-7-710 as per specifications and
drawings consisting of:
- insulationg monitoring device c/w load current transformer

- medical isolation transformer c/w enclosure


- isolating switch
- remote operating and alarm panel
- IPS distribution board c/w with double pole MCBs
a) EDB-IPS nos
b) UDB-IPS nos

7.2 To supply and install all cables and metallic conduits including
terminations:
- between supply source (s) and isolating switch/medical
isolation transformer.
- between medical isolation transformer and IPS distribution
board.
- between IPS distribution board and remote operating and
alarm panel
a) EDB-IPS m
b) UDB-IPS m

7.3 To supply and install all cables and metallic conduits including
terminations:
-between socket-outlets and IPS distribution board
a) EDB-IPS m
b) UDB-IPS m

7.4 To supply and install equipotential junction c/w box and earth nos
clamps for wall mounting

7.5 To supply and install all protective earthing/bonding


conductors
a) EDB-IPS nos
b) UDB-IPS nos
7.6 To supply equipotential terminals (EPT) for each IPS outgoing nos
circuit
(for free issue to Pendant supplier for the installation)

7.7 To supply and install double pole switched socket outlets c/w nos
wiring and termination
(for free issue to Pendant supplier only)

7.8 Testing and commissioning 1 lot

7.9 Any other items not mentioned above but necessary


to complete the scope of work, please specify :
a.
b.
c.

Sub-Total For Item (A.7) :-

8 Uninterruptable Power Supply (UPS) System

8.1 To Supply & Install of Liebert APM 60+30 kW UPS (N+1 1 lot
Configuration with 10 years design life span Sealed Lead Acid
Maintenance Free battery sized at 30 minutes autonomy c/w
battery racks output @ 30kW inclusive of the following
features:
- Online dual conversion design
- Super wide input voltage and frequency range
- Input / Output Power Factor @ 1
- Hotswappable & Modular Power Module
- System efficiency up to 96%
- Low current harmonic distortion of less than 3%
- Intelligent battery management
- Battery System c/w Battery circuit breaker & accessories
- Transistorized PWM inverter (IGBT Inverter)
- Full digital signal processing using the latest DSP technology
- Fully rated automatic static bypass
- Testing & Commissioning
- One Year Equipment Warranty (2PM/Year)
Note:
- Inclusive of battery rack, battery circuit breaker and DC
Cable (10m)

Sub-Total For Item (A.8) :-


9 Calibration setting of all protection relays, testing and commissioning
Prior approval by consultant required before appointment of
licensed service engineer for calibration setting, testing and
pre-commisioning works. Provision of all testing results/
certificates certified and endorsed by competent person:

9.1 Calibration setting and testing of all protection relays 1 lot


(OC/EF/DIFF/REF/ELR) by licensed competent service
engineer.

9.2 Testing of all fixed type RCD (RCCB/RCBO) with RCD 1 lot
Tester by licensed competent service engineer.

9.3 Earth loop resistance measurement for all electrical L.V. 1 lot
switchboards e.g. main DB, main-switchboards, sub-
switchboards. Prior approval by consultant required before
appointment of tester/ service engineer.

9.4 Insulation resistance tests and all other necessary tests 1 lot

9.5 Commissioning of the installed eletrical services 1 lot

Provision of all required copies of test results, Form A, G & H


9.6 1 lot

9.7 Any other items not mentioned above but necessary


to complete the scope of work, please specify :
a.
b.
c.

Sub-Total For Item (A.9) :-

Total For Section 2A (A.1-A.9) :-

SECTION 2B : CCTV SYSTEM & CONTROLLED ACCESS SYSTEM


To supply and install:

1 Computer Workstation c/w 21" monitor screen, mouse, 1 lot


keypad, CPU, UPS (1 hour backup), latest genuine operating
system & software with certificate licences, installers and all
accessories located at Server Room.
2 1 lot
NVR (Network Video Recorder) 16 channel c/w UPS (1 hour
back up) c/w minimum 8 HDD Hot swap slot & accessories
((Recording bit rate: 400Mbps, 2 Megapixel 32CH), RAID
5/6, Dual SMPS, Gigabit ports) (minimum 30 days continuous
recording and HDD hotswap capability for extension
recording)
Brand/Model: ______________________________

3 48 ports PoE Network Switch (managed) c/w UPS (1 hour nos


back up) & accessories (Gigabit 1Gbps uplink port)
Brand/Model: ______________________________

4 1/3" fixed 4MP Full HD Network IR Dome camera 2.8mm nos


lens & IR distance up to 30meter c/w housing & bracket &
accessories

5 1/3" fixed 4MP Full HD Network IR Bullet camera 2.8mm nos


lens & IR distance up to 30meter c/w housing & bracket &
accessories

6 Suitable Class and surge ratings of Surge Protection System nos


effectively protecting the entire CCTV system against
lightning surges.

7 Door Access Controller points c/w Card Reader Unit, Access nos
Controller Unit, keyswitch, door release push button,
breakglass, fire alarm signal release function, electromagnetic
door lock, sensor for alarm c/w looping cabling & etc in
recessed termination box with nice aesthetic flush cover.

8 UHF and Mifare Dual Frequency Proximity Card. nos

9 CAT 6 UTP cable in G.I pipe/HDG covered trunking c/w m


termination & etc accessories.

10 Related complete licensed Genuine authentic software with 1 lot


installer DVD/CD, license certificates and training provision.

11 24U 600x800mm floor stand Equipment rack c/w earthing &


accessorries at IT Room

12 Testing and commissioning c/w test results and certificate. 1 lot

13 Any other items not mentioned above but necessary


to complete the scope of work, please specify :
a.
b.
c.

Total For Section 2B :-

SECTION 2C : TV, TELEPHONE & DATA SYSTEM


To supply and install the entire system as specified in tender
drawings:
Note: All concealed pipings/H.D.G. trunking/tray to be
included in this contract.

1
To supply and install Pre-Cast Telekom manhole c/w fittings,
cover, necessary accessories, excavation, backfilling and
making good to existing site condition as shown in the
drawing.
a) JC9C nos

2 To supply and install 18"x18"x30" (D) telephone pit c/w nos


removable solid RC cover & earthing system.

3
To supply and install 100mm Dia PVC pipe encased in
concrete inclusive of reinstatement of the existing road c/w
sand bed, warning tape c/w draw wire from linked manhole to
the telephone pit, etc to connect all proposed and existing
manholes as shown in the drawing :
a) 2 ways nos
a) 4 ways nos

4 To supply and install 100mm dia GI pipe for road crossing


type double layer as per TM requirement.
a) 2 ways nos
a) 4 ways nos

5 nos
Fibre Termination Box (FTB) c/w accessories & earthing.
(Brand : Netway)

______ports termination

6 Fibre Wall socket (FWS) c/w SOHO Box & etc accessories nos

Faceplate brand: _____________________________


Cable brand/model: ___________________________

7 Hybrid PABX system equipment c/w etc accessories. nos


______pairs outgoing

8 Main distribution panel c/w accessories & earthing nos

9 Telephone Distribution Panel (TDP) ("Krone") c/w accessories nos


& earthing
______pairs

10 2 core single mode fiber optic cable from FTB to FWS Socket m
in G.I cable tray or/and M.S Trunking or/and H.I PVC conduit
concealed c/w cable connector.

11 10/100/1000 mbps Network Switch c/w c/w cable in HDG nos


covered trunking/tray and accessories.
Brand/Model: ______________________________
Ports: ___________

12 nos
Telephone points c/w RJ11 Wall Socket (Faceplate), telephone
cable in HDG covered trunking/H.I PVC concealed conduit
and accessories.
Faceplate brand: _____________________________
Cable brand/model: ___________________________

13 Keyphone set c/w accessories and cabling nos


Brand/Model: ______________________________

14 Intecom call points c/w telephone cable in HDG covered nos


trunking/H.I PVC concealed conduit and accessories.
Brand: _____________________________
Cable brand/model: ___________________________

15 10/100/1000mbps Gigabit Switch nos


_____ports

16 10/100/1000mbps POE Network Switch nos


_____ports

17 nos
Data points c/w RJ45 Wall Socket (Faceplate), CAT6A UTP
cable in HDG covered trunking/H.I PVC concealed conduit
and accessories.
Faceplate brand: _____________________________
Cable brand/model: ___________________________

18 Intercom doorbell nos


Brand/Model: ______________________________
19 2pairs CAT 3 cable in HDG covered trunking/tray c/w m
termination & etc accessories

20 HDMI points c/w HDMI cable in HDG covered trunking/H.I nos


PVC concealed conduit and accessories c/w HDMI socket if
necessary (from TV point to filing room).

21 To install 60" TV (TV & brackets by owner). 1 lot

22 Testing and commissioning of entire Telephone, Data and 1 lot


Intercom system c/w certificate.

23 Labelling the entire communication cables. 1 lot

24 Any other items not mentioned above but necessary


to complete the scope of work, please specify :
a.
b.
c.

Total For Section 2C :-

SECTION 2D : NURSE CALL SYSTEM


To supply and install the entire system as specified in tender
drawings:
Note: All concealed pipings/H.D.G. trunking/tray to be
included in this contract.

Brand: _______________
Model: _______________

1 Audio Main Unit Nurse Console c/w Call Display nos

2 Power Supply Unit c/w backup battery nos

3 Single Bedhead panel c/w light fittings switches and power nos
outlet and cutting for 2-3 nos medical gas outlets.

4 Nurse call cord (3 metre length) wire push button. nos

5 Wiring point wiring Multicore cable for bedhead nurse call nos
panel.

6 Toilet pull cord c/w wiring point. nos


7 Over door light c/w wiring point. nos

8 Nurse present c/w wiring point. nos

8 Room controller c/w wiring point. nos

10 LED Display Annunciator nos

11 Gigabit Network Switch nos


ports

12 System cabling works with CAT6 cable in PVC/HDG conduit m


c/w all necessary accessories

13 Nurse Call System management software and data logging lot


1

14 lot
Testing and commissioning c/w configuration & programming 1

15 Labelling the entire communication cables. 1 lot

16 Any other items not mentioned above but necessary


to complete the scope of work, please specify :
a.
b.
c.

Total For Section 2D :-

SECTION 2E : QUEUE MANAGEMENT SYSTEM


To supply and install the entire system as specified in tender
drawings:
Note: All concealed pipings/H.D.G. trunking/tray to be
included in this contract.

Brand: _______________
Model: _______________

1 Thermal Ticket Printer cum Queue Processor nos


(able to support max 10 web counter terminal)

2 Main display processor c/w 24" LCD monitor, announcement nos


& wall mounted bracket
3 Counter terminal nos

4 POE receiver nos

5 POE switch (8 ports) nos

6 Network switch nos

7 System cabling works with CAT6 cable in PVC/HDG conduit m


c/w all necessary accessories

8 1 lot
Testing and commissioning c/w configuration & programming

9 Labelling the entire communication cables. 1 lot

10 Optional Item:
a) Web counter terminal 1 nos
b) Network router 1 nos
c) Multimedia Information Controller (MIC) 1 nos
d) Voice Module c/w speakers 1 nos

11 Any other items not mentioned above but necessary


to complete the scope of work, please specify :
a.
b.
c.

Total For Section 2E :-

SECTION 2F : TNB COMPACT SUBSTATION


To supply and install the entire system as specified in tender
drawings:
Note: All concealed pipings/H.D.G. trunking/tray to be
included in this contract.

1 To supply & lay earthing copper strip HD 25mm x 3mm c/w 1 lot
DC tape clip and all associated accessories from earthing point
copper busbar to earth chamber & looping between each
earthing point copper busbar and earth chamber.
2 To supply & install earthing system, earthing copper strip and 1 lot
earthing point copper busbar c/w copper earth electrode,
copper clamp brass bolt & heavy duty pre-cast concrete
inspection chamber with removeable RC cover for compact
substations. (at least 4 points)

(Note: The connection of the copper tape to the earth shall be


by exothermic welded connections)

3 To supply & install earth inspection chamber 300mm (min) x 1 lot


300mm (min) x 190mm.

4 To supply, install TNB standard signboard name & TNB 1 lot


standard safety signage (('Dilarang Masuk','Bahaya') c/w mild
steel poles, premix road hacking for planting mild steel poles,
make good with cement mortar and support saddle of mild
steel pole, if any.

Arcylic perspex material for Signboard.

5 3 nos. 2 layer 150mm diameter TNB approved PVC pipe Class 1 lot
B PN6 laid from compact substation plinth to be 1mtr
extended beyond boundary /external drain as per tender
drawing.

6 4 nos. 2 layer 150mm diameter TNB approved PVC pipe Class 1 lot
B PN6 laid from compact substation plinth to be 1mtr
extended beyond boundary /external drain as per tender
drawing.

7 1 x 50mm diameter TNB approved PVC pipe Class B PN6 laid 1 lot
underground to external beyond drainage

8 To Supply & Install the precast concrete system for compact 1 lot
substation as per TNB approval list until sucessfully accepted
by TNB.

9 To Supply & Install the concrete bollard c/w footing, reflector 1 lot
and etc for compact substation as per TNB approval list until
sucessfully accepted by TNB.

10 River sand to back-fill cable trenches 1 lot

11 Service engineer endorsement for earthing result test. 1 lot

12 Arrangement for PIAT Inspection and handing over of sub- 1 lot


station to TNB & securing Letter of Acceptance.
13 Any other items not mentioned above but necessary
to complete the scope of work, please specify :
a.
b.
c.

Total For Section 2F :-

TOTAL FOR SECTION (2) :


Amount (RM) Qty Unit Rate
1 X 4C 300mmsq XLPE/SWA/PVC Cu. Laid UG HDPE Corr Pipe sleeve

1 X 1C 185mmsq FR Cu.+E HDG cable tray


1 X 4C 150mmsq XLPE/SWA/PVC Cu. +E Laid UG in Pipe sleeve/metal trunking
4 X 1C 50mmsq PVC Cu.+E metal trunking
4 X 1C 25mmsq PVC Cu.+E metal trunking
4 X 1C 50mmsq PVC Cu.+E metal trunking

no cable
4 X 1C 150mmsq PVC Cu.+E metal trunking
4 X 1C 10mmsq PVC Cu.+E metal trunking
4 X 1C 10mmsq PVC Cu.+E metal trunking
4 X 1C 10mmsq PVC Cu.+E metal trunking
1 X 1C 185mmsq FR Cu.+E HDG cable tray

4 X 1C 50mmsq PVC Cu.+E metal trunking


4 X 1C 50mmsq PVC Cu.+E metal trunking
4 X 1C 10mmsq PVC Cu.+E metal trunking
4 X 1C 10mmsq PVC Cu.+E metal trunking
4 X 1C 10mmsq PVC Cu.+E metal trunking
4 X 1C 10mmsq PVC Cu.+E metal trunking
4 X 1C 16mmsq PVC Cu.+E metal trunking
Amount Material Labour Others Total % M/up Rate

Calibration
500.00 500.00
500.00 500.00
500.00 500.00
-
-
250.00 250.00
250.00 250.00
250.00 250.00
250.00 250.00
250.00 250.00
250.00 250.00
250.00 250.00
250.00 250.00
250.00 250.00
250.00 250.00
250.00 250.00
Calibration
SURE REACH - SR

From To Cable Size


MSB EMSB 8 x 1C 150mm2 FRMI Cu Cable +E
DB-G 1 x 4C 16mm2 XLPE/PVC Cu Cable + E
DB-G-CM 1 x 4C 35mm2 XLPE/PVC Cu Cable + E
DB-G-WH 1 x 2C 10mm2 XLPE/PVC Cu Cable + E
DB-1ST 1 x 4C 16mm2 XLPE/PVC Cu Cable + E
DB-1F-WH 1 x 4C 10mm2 XLPE/PVC Cu Cable + E
DB-2F 1 x 4C 16mm2 XLPE/PVC Cu Cable + E
DB-L2-WH 1 x 4C 10mm2 XLPE/PVC Cu Cable + E
DB-3F 1 x 4C 16mm2 XLPE/PVC Cu Cable + E
DB-L3-WH 1 x 4C 10mm2 XLPE/PVC Cu Cable + E
DB-4F 1 x 4C 16mm2 XLPE/PVC Cu Cable + E
DB-L4-WH 1 x 4C 10mm2 XLPE/PVC Cu Cable + E
DB-5F 1 x 4C 16mm2 Cu Cable + E
DB-L5-WH 1 x 4C 10mm2 XLPE/PVC Cu Cable + E
DB-6F 1 x 4C 16mm2 XLPE/PVC Cu Cable + E
DB-L6-WH 1 x 4C 10mm2 XLPE/PVC Cu Cable + E
DB-RF-WH 1 x 4C 10mm2 XLPE/PVC Cu Cable + E
FP-CL 1 x 4C 16mm2 XLPE/SWA/PVC Cu Cable + E
CP-CWP 1 x 4C 16mm2 XLPE/SWA/PVC Cu Cable + E
CP-LP (Cargo Lift) 1 x 4C 16mm2 XLPE/PVC Cu Cable + E
SSB-ACMV 1 x 4C 95mm2 XLPE/PVC Cu Cable + E
EMSB DB-EGH 1 x 4C 16mm2 XLPE/SWA/PVC Cu Cable + E
DB-EGR 1 x 2C 10mm2 XLPE/PVC Cu Cable + E
DB-G-EPR 1 x 2C 10mm2 XLPE/PVC Cu Cable + E
DB-G-ERS 1 x 4C 16mm2 XLPE/PVC Cu Cable + E
DB-LI-ECM 1 x 4C 10mm2 XLPE/PVC Cu Cable + E
CP-SP 1 x 4C 150mm2 FRMI Armoured Cu Cable + E
CP-HRP 1 x 4C 10mm2 FRMI Armoured Cu Cable + E
CP-LP (Passenger) 1 x 4C 10mm2 FRMI Cu Cable + E
MFAP 1 x 4C 4mm2 FRMI Armoured Cu Cable + E
CP-CO2 (Genset) 1 x 4C 4mm2 FRMI Cu Cable + E
CP-CO2 (MSB room) 1 x 4C 4mm2 FRMI Cu Cable + E
CP-HFC-227EA (CCTV) 1 x 4C 4mm2 FRMI Cu Cable + E
CP-HFC-227EA (Server room) 1 x 4C 4mm2 FRMI Cu Cable + E
CP-HFC-227EA (Strong room) 1 x 4C 4mm2 FRMI Cu Cable + E
CP-RF-LPS 1 x 4C 10mm2 FRMI Cu Cable + E
SSB-ACMV CP-AC-01 1 x 4C 10mm2 XLPE/PVC Cu Cable + E
H V sum M/up Total Submain Earth Labour Others Total
8.83 8.83 0.9 10 4,920.80 69.68 45.00 55.00 5,091.00
33.3 33.3 0.9 37 5,091.00
27.2 27.2 0.9 31 5,091.00
18 0.9
27.24 27.24 0.9 31 50.90 12.73 12.00 15.00 91.00
22.16 22.16 0.9 25 91.00
0 0.9 0 93.37 12.73 20.00 25.00 152.00
0 0.9 0 152.00
0 0.9 0 91.00
0 0.9 0 91.00
0 0.9 0 91.00
0 0.9 0 152.00
0 0.9 0 152.00
0 0.9 0 152.00
0 0.9 0 91.00
0 0.9 0 91.00
0 0.9 0 152.00
0 0.9 0 152.00
0 0.9 0 233.14 33.45 35.00 40.00 342.00
0 0.9 0 342.00
0 0.9 0 357.46 45.98 45.00 60.00 509.00
40.23 0.9 2.51 1.26 3.00 5.00 12.00
9.5 0.9 12.00
62.93 0.9 9.74 4.87 5.00 8.00 28.00
26.39 0.9 28.00
23.92 0.9 28.00
0.9 28.00
0.9 28.00
0.9 19.49 4.87 5.00 7.00 37.00
0.9 37.00
0.9 5.86 2.93 5.00 7.00 21.00
0.9 21.00
0.9 21.00
0.9 21.00
0.9 21.00
0.9 37.00
0.9 3.97 1.98 3.00 6.00 15.00
Light Fitting HBL
self contained 10 x Super Bright LED Emergency Light with 3 Hours
back up time
Self contained 15 x Super Bright LED Emergency Light With 3 hours
back up time battery
Self contained 15 x Super Bright LED Emergency Light With 3 hours
back up time battery (twin Lamp)
Self contained 10 x Super Bright LED Keluar Sign with 3 Hours back up
time battery

20W LED downlight (1884 lumen) c/w driver and necessary acessories and 40.00
ancillaries (4000K)
1 x 18W (l200mm) T8 bare channel LED fitting (4000K) c/w lamp and 29.00
control gear
1 x 18W (l200mm) T8 bare channel LED fitting (4000K) with fitting's 49.00
cover casing reflector c/w lamp and control gear
1 x 18W (l200mm) T8 bare channel LED fitting (4000K), Weatherproof 83.00
type c/w lamp and control gear
1 x 14W (l200mm) T8 bare channel LED fitting (4000K) c/w lamp and 27.00
control gear
200W Highbay LED Light (6500k), outdoor weatherproof type, IP54 c/w 360.00
Electronic Driver
200W Spotlight LED Light (6500k), outdoor weatherproof type, IP54 c/w 280.00
Electronic Driver
100W Bulkhead Surface Mounted
100W Highbay LED Light 300.00
PCO Davex Econlite NIKKON SJLITE
55.00 64.00 LE115

55.00 180.00 EWP120NM

129.00 186.00 LED 60

129.00 175.00 LE213

44.00 59.00

18.80 31.50

25.30 52.00

95.50 100.00

18.80

490.00 400.00

700.00 250.00

80.00 50.00
Light Fitting HBL
self contained 10 x Super Bright LED Emergency Light with 3 Hours
back up time
Self contained 15 x Super Bright LED Emergency Light With 3 hours
back up time battery
Self contained 15 x Super Bright LED Emergency Light With 3 hours
back up time battery (twin Lamp)
Self contained 10 x Super Bright LED Keluar Sign with 3 Hours back up
time battery

20W LED downlight (1884 lumen) c/w driver and necessary acessories and 40.00
ancillaries (4000K)
1 x 18W (l200mm) T8 bare channel LED fitting (4000K) c/w lamp and 29.00
control gear
1 x 18W (l200mm) T8 bare channel LED fitting (4000K) with fitting's 49.00
cover casing reflector c/w lamp and control gear
1 x 18W (l200mm) T8 bare channel LED fitting (4000K), Weatherproof 83.00
type c/w lamp and control gear
1 x 14W (l200mm) T8 bare channel LED fitting (4000K) c/w lamp and 27.00
control gear
200W Highbay LED Light (6500k), outdoor weatherproof type, IP54 c/w 360.00
Electronic Driver
200W Spotlight LED Light (6500k), outdoor weatherproof type, IP54 c/w 280.00
Electronic Driver
100W Bulkhead Surface Mounted
100W Highbay LED Light 300.00
PCO Davex Econlite NIKKON SJLITE
55.00 64.00 LE115

55.00 180.00 EWP120NM

129.00 186.00 LED 60

129.00 175.00 LE213

44.00 59.00

18.80 31.50

25.30 52.00

95.50 100.00

18.80

490.00 400.00

700.00 250.00

80.00 50.00
Item Extend Of Works Qty U/Rate

SECTION 3A : AIR-CONDITIONING & MECHANICAL


VENTILATION (ACMV) SYSTEM

SECTION 3A: MAINTENANCE & IAQ ASSESMENT


1 Warranty and periodic maintenance servicing for 12 months. 1 lot
- General servicing for ACSU, OT AHU & mechanical ventilation fail
system to be carried out frequency: every 2 (two) month once.

- Chemical servicing for all ACSU and OT AHU frequency: Annual.

- To supply and replace the HEPA filter, bag filter, pre-filter of AHU
units ( duty & standby units) frequency: Annual.

2 Indoor Air Quality Assesment


a) OT Room Perfomance Testing, NEBB Testing & Microbial Testing
c/w report & complying to latest MOH requirement.
a) Main Operation Theatre 1 2 nos.
b) Sterile Room 2 nos.
c) Minor Operation Theatre 2 2 nos.
d) Sterile & Packing Room 2 nos.
e) Minor Operation Theatre 3 2 nos.

b) Chemical cleaning for OT rooms disinfection.


a) Main Operation Theatre 1 2 nos.
b) Sterile Room 2 nos.
c) Minor Operation Theatre 2 2 nos.
d) Sterile & Packing Room 2 nos.
e) Minor Operation Theatre 3 2 nos.

3 Any other items not mentioned above but necessary to complete the scope
of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Total For Section (3A) :-

SECTION 3B : AIR-CONDITIONING SYSTEM


To supply, deliver and and install the followings:-
1.00 Double Skinned Air Handling Units (AHU) For Minor Operation
Theatre 1,2,3, Sterile & Packing Room and Sterile Room

To supply, deliver and and install the followings:-

1.01 Double Skinned AHU Sandwiched insulated sectionalized construction


having thermal break profile with Mixing chamber and vibration
isolations Comprising of Fan section with centrifugal fan (supply &
exhaust air) with VSD Fan Motor (IE4), prefilter (Class G4) & secondary
filter (Class F8) section, HEPA Filter(H13), Cooling coil section and
copper tubes, Ecoheat heatpipe for AHU (vertical heatpipe), electric duct
heater c/w modular controller, condensate drain pan duly insulated with
cross linked polymer, insulated drain piping; including temperature &
pressure gauges for each AHU inlet outlet header; floor mounted unit to
be installed on vibration isolators with 95% vibration isolation efficiency,
and all necessary accessories as shown in the drawing & specification.
(AHU Motor starter panel c/w all cabling works shall be in the scope of
AHU Supply. The installation of AHU shall be considered for
maintenance purpose and shop drawing shall be submitted to consultant
for approval.)
Brand : "SAIVER" or equivalent

a. AHU-OT-01 1 no.
b. AHU-OT-02 1 no.
c. AHU-OT-03 1 no.

1.02 Intelligent AHU's Remote Control Panel c/w Direct Digital Controller.
Touch screen graphical user interface for the control system (tempereture,
RH, AHU & EAF, start/stop) that located in Minor Operation Theatre
1,2&3

a. AHU-OT-01 1 no.
b. AHU-OT-02 1 no.
c. AHU-OT-03 1 no.

1.03 Supply installation testing and commissioning of Laminar Air Flow


System with HEPA filters (Class H13) c/w filter terminal box, frame and
pressure stabilising system and all necessary accessories as shown in the
drawing & specification.

a. AHU-OT-01 1 no.
b. AHU-OT-02 1 no.
c. AHU-OT-03 1 no.

1.04 Humidity, digital temperature control differential pressure (or 3 nos.


Manometer) and other control as per drawing.
1.05 Pressure gauge for monitor the differential pressure and other control as 3 nos.
per drawing.

1.06 Outdoor condenser unit c/w all cabling work, G.I bracket, fitting, and
other necessary accessories as following :
a. CDU-OT-1 1 no.
b. CDU-OT-2 1 no.
c. CDU-OT-3 1 no.

1.07 AHU control panel c/w ACB, MCCB, EF/OC, c/w tag number, surge
protection device, starters, controls, indications, relays (including fire
trip), contactors, controls, timers, ammeter, voltmeter, power factor
regulator, capacitor banks, interlocking cabling between indoor and
outdoor unit, interlocking cabling with mechanical ventilation fan, all
cabling works & all neccessary accessories as shown in the drawing &
specification.

(Air cond panel shop drawing shall be submit to consultant for review
before manufacture.)
a. CP-AHU-OT1 1 no.
b. CP-AHU-OT2 1 no.
c. CP-AHU-OT3 1 no.

1.08 Supply and install G.I. pre-fabricated rectangular ducts for supply air,
return air and fresh air c/w plenum box, gasket, PE foam thermal
insulation (min 25mm THK), inner acoustic liner with rockwool, MS
flanges and bracing, MS supporting hanger, flexible duct, access door for
duct maintenance, fire seals, supply air collars, vanes, splitter damper
duly painted of the ducts, duct access panel, VCD at all branch duct and
all necessary accessories for air system.
(Slip joints are not acceptable in any case; all duct that serving OT room
area must be fully sealed air tight)

a. AHU-OT-01 1 lot
b. AHU-OT-02 1 lot
c. AHU-OT-03 1 lot

1.09 R-410A refrigerant and copper piping pre-insulated pipe c/w thermal
insulation with proper joining method using foam tape. Piping must run
on perforated G.I. tray and with G.I. sheet cover on top c/w steel support
and any other necessary accessories as per following:-
(All refrigerant pipe size and thickness shall select by vendor as per
manufacturer standard and to be approved by consultant.)

a. AHU-OT-01 1 lot
b. AHU-OT-02 1 lot
c. AHU-OT-03 1 lot

1.10 PVC and control system condensate water drain piping c/w thermal 1 lot
insulation on straight pipe, fittings and floor trap, supports, brackets and
other necessary accessories as following (concealed in wall or slab where
possible).

1.11 Power cabling (G.I Conduit) between indoor & outdoor unit, indoor 1 lot
remote controller, interlocking cabling for all the units.
Note: Installing M&E services at existing wall on surface conduit, new
wall consealed the conduit.

1.12 AHU fresh air inlet ducting from wall to the AHU unit. 3 nos.

1.13 AHU exhaust air outlet ducting from AHU units to external wall. 3 nos.

1.14 Diffusser, fresh air, supply air grilles, return air grilles, louvres, 1 lot
weatherproof external louvres, volume control dampers, opposed blade
dampers, fire dampers with Bomba Certificate, non-return dampers and
all necessary accessories for air system.

1.15 Fire damper c/w access opening on the ducting. 1 lot

1.16 Insulate the floor trap for condensate water drain c/w insulation. 1 lot

1.17 Refrigerent charging for the AHU system 1 lot

1.18 Testing and commissioning 1 lot

1.19 RC plinth for AHU units and outdoor condenser units 1 lot

1.20 Any other items not mentioned above but necessary to complete the scope
of work, please specify:-
(Write 'NIL', if there is none)
(a)______________________________________
(b)______________________________________
(c)______________________________________

Sub- Total (1.00):

2.00 Air-cooled Split Units


To supply, deliver and and install the followings:-
2.01 Air-cooled split units (indoor and outdoor unit) c/w tag number, washable
filter, thermostat, wired controller, control panel, conduit, power cabling
work from air cond control panel or air cond point, interlocking cabling
between indoor and outdoor unit, supports, brackets, hanger, propper
tagging, insulated secondary drain pan (for ducted unit) and other
necessary accessories as per following room:-
(All cable size shall select by vendor as per manufacturer standard and to
be approved by consultant. All outdoor support, hanger and bracket shall
be coated G.I.)

First Floor
a. ACSU-F-1 1 no.
b. ACSU-F-2 1 no.
c. ACSU-F-3 1 no.
d. ACSU-F-4 1 no.
e. ACSU-F-5 1 no.
f. ACSU-F-6 1 no.
g. ACSU-F-7 1 no.
h. ACSU-F-8 1 no.
i. ACSU-F-9 1 no.
j. ACSU-F-10 1 no.
k. ACSU-F-11 1 no.
l. ACSU-IT-1 1 no.
m. ACSU-IT-2 1 no.
n. ACSU-OT-1 1 no.
o. ACSU-OT-2 1 no.

First Floor
a. ACSU-UPS-1 1 no.
b. ACSU-UPS-2 1 no.

2.02 R-32 refrigerant and copper piping c/w thermal insulation with proper
joining method using foam tape. Piping must run on perforated G.I. tray
and with G.I. cover on top c/w steel support and any other necessary
accessories as per following:-
(All refrigerant pipe size and thickness shall select by vendor as per
manufacturer standard and to be approved by consultant.)

First Floor
a. ACSU-F-1 1 no.
b. ACSU-F-2 1 no.
c. ACSU-F-3 1 no.
d. ACSU-F-4 1 no.
e. ACSU-F-5 1 no.
f. ACSU-F-6 1 no.
g. ACSU-F-7 1 no.
h. ACSU-F-8 1 no.
i. ACSU-F-9 1 no.
j. ACSU-F-10 1 no.
k. ACSU-F-11 1 no.
l. ACSU-IT-1 1 no.
m. ACSU-IT-2 1 no.
n. ACSU-OT-1 1 no.
o. ACSU-OT-2 1 no.

First Floor
a. ACSU-UPS-1 1 no.
b. ACSU-UPS-2 1 no.

2.03 Conceal PVC condensate water drain piping c/w thermal insulation on
straight pipe, fittings and floor trap, supports, brackets and other
necessary accessories as following (concealed in wall or slab where
possible):

First Floor
a. ACSU-F-1 1 no.
b. ACSU-F-2 1 no.
c. ACSU-F-3 1 no.
d. ACSU-F-4 1 no.
e. ACSU-F-5 1 no.
f. ACSU-F-6 1 no.
g. ACSU-F-7 1 no.
h. ACSU-F-8 1 no.
i. ACSU-F-9 1 no.
j. ACSU-F-10 1 no.
k. ACSU-F-11 1 no.
l. ACSU-IT-1 1 no.
m. ACSU-IT-2 1 no.
n. ACSU-OT-1 1 no.
o. ACSU-OT-2 1 no.

First Floor
a. ACSU-UPS-1 1 no.
b. ACSU-UPS-2 1 no.

2.04 Power cabling (G.I Conduit) between indoor & outdoor unit, indoor 1 lot
remote controller, interlocking cabling for all the units.
First Floor
a. ACSU-F-1 1 no.
b. ACSU-F-2 1 no.
c. ACSU-F-3 1 no.
d. ACSU-F-4 1 no.
e. ACSU-F-5 1 no.
f. ACSU-F-6 1 no.
g. ACSU-F-7 1 no.
h. ACSU-F-8 1 no.
i. ACSU-F-9 1 no.
j. ACSU-F-10 1 no.
k. ACSU-F-11 1 no.
l. ACSU-IT-1 1 no.
m. ACSU-IT-2 1 no.
n. ACSU-OT-1 1 no.
o. ACSU-OT-2 1 no.

First Floor
a. ACSU-UPS-1 1 no.
b. ACSU-UPS-2 1 no.

2.05 Supply and installation of ACSU switch boards/ 24hrs changeover control
panel inclusive of all cabling and wiring complete with timer, starter,
starter pilot lamp, selection switch, MCB and other accessories.

a. CP-ACSU-OT2 1 no.
b. CP-ACSU-IT 1 no.
c. CP-ACSU-UPS 1 no.

2.06 G.I steel cage c/w G.I support and cover for the condenser units of ACSU 1 lot

2.07 Insulate the floor trap for condensate water drain c/w insulation. 1 lot

2.08 Testing and commissioning 1 lot

2.09 Refrigerent charging for the AHU system 1 lot

2.10 Any other items not mentioned above but necessary to complete the scope
of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub- Total (2.00):

3.00 Variable Refrigereant Volume (VRV) System


3.01 DAIKIN VRV Indoor unit c/w filter, thermostat, wired & wireless
controller, secondary drain pan and other necessary accessories as
following:
Ground Floor
a. FCU-G-1 1 no.
b. FCU-G-2 1 no.
c. FCU-G-3 1 no.
d. FCU-G-4 1 no.
e. FCU-G-5 1 no.
f. FCU-G-6 1 no.
g. FCU-G-7 1 no.
h. FCU-G-8 1 no.
i. FCU-G-9 1 no.
j. FCU-G-10 1 no.
k. FCU-G-11 ceiling cassette 1 no.
l. FCU-G-12 1 no.
m. FCU-G-13 1 no.
n. FCU-G-14 1 no.
o. FCU-G-15 1 no.
p. FCU-G-16 1 no.
q. FCU-G-17 1 no.
r. FCU-G-18 1 no.
s. FCU-G-19 1 no.
t. FCU-G-20 1 no.
u. FCU-G-21 1 no.

First Floor
a. FCU-F-1 high static ducted 1 no.
b. FCU-F-2 1 no.
c. FCU-F-3 1 no.
d. FCU-F-4 1 no.
e. FCU-F-5 1 no.
f. FCU-F-6 ceiling cassette 1 no.
g. FCU-F-7 1 no.
h. FCU-F-8 1 no.
i. FCU-F-9 1 no.

3.02 DAIKIN VRV Outdoor unit c/w all cabling work, bracket, fitting, and
other necessary accessories as following:
a. VRV-1 1 no.
b. VRV-2 1 no.
c. VRV-3 1 no.

3.03 Supply and install supply air grille c/w HEPA filter fan module and
power points and other necessary accessories as following:
a. CLEAN CORRIDOR AREA 2 nos.
*Please refer to drawing

3.04 Supply and install G.I. pre-fabricated rectangular ducts for supply air,
return air and fresh air c/w plenum box, gasket, PE foam thermal
insulation (min 25mm THK), inner acoustic liner with rockwool, MS
flanges and bracing, MS supporting hanger, flexible duct, access door for
duct maintenance, fire seals, supply air collars, vanes, splitter damper
duly painted of the ducts, duct access panel, VCD at all branch duct and
all necessary accessories for air system.
(Slip joints are not acceptable in any case; all duct that serving OT room
area must be fully sealed air tight)

a. FCU-F-1 1 lot
b. FCU-F-2 1 lot

3.05 Supply and installation of centralised control system


(iTouch Manager) intergrate with VRV indoor/outdoor units, outdoor air
processing units, split type air conditioning unit, mechanical ventilation
fan, fire tripping signal from fire alarm panel and other necessary
accessories.

a. REGISTRATION AREA 1 lot


*Please refer to drawing

3.06 Supply and installation of VRV for outdoor c/w MCCB, RCD, ELR,
EF/OC, starters, controls, indication relay, contractors, thermostat, all
cabling work and all necessary accessories.
a. CP-VRV-1 1 no.
b. CP-VRV-2 1 no.
c. CP-VRV-3 1 no.

3.07 Outdoor air processing unit c/w air filter G4,F8 and filter box, thermostat,
wired & wireless controller, secondary drain pan and other necessary
accessories as following:
a. OAPU-G1 1 no.
b. OAPU-F1 1 no.

3.08 Outdoor air processing unit G.I. pre-fabricated rectangular ducts for
supply air, return air and fresh air c/w plenum box, gasket, PE foam
thermal insulation (min 25mm THK), inner acoustic liner with rockwool,
MS flanges and bracing, MS supporting hanger, flexible duct, access door
for duct maintenance, fire seals, supply air collars, vanes, splitter damper
duly painted of the ducts, non-return damper, duct access panel, VCD at
all branch duct and all necessary accessories for air system.
Ground Floor
a. FCU-G-1 1 no.
b. FCU-G-2 1 no.
c. FCU-G-3 1 no.
d. FCU-G-4 1 no.
e. FCU-G-5 1 no.
f. FCU-G-6 1 no.
g. FCU-G-7 1 no.
h. FCU-G-8 1 no.
i. FCU-G-9 1 no.
j. FCU-G-10 1 no.
k. FCU-G-11 1 no.
l. FCU-G-12 1 no.
m. FCU-G-13 1 no.
n. FCU-G-14 1 no.
o. FCU-G-15 1 no.
p. FCU-G-16 1 no.
q. FCU-G-17 1 no.
r. FCU-G-18 1 no.
s. FCU-G-19 1 no.
t. FCU-G-20 1 no.
u. FCU-G-21 1 no.

First Floor
a. FCU-F-1 1 no.
b. FCU-F-2 1 no.
c. FCU-F-3 1 no.
d. FCU-F-4 1 no.
e. FCU-F-5 1 no.
f. FCU-F-6 1 no.
g. FCU-F-7 1 no.
h. FCU-F-8 1 no.
i. FCU-F-9 1 no.
j. ACSU-F-1 1 no.
k. ACSU-F-2 1 no.
l. ACSU-F-3 1 no.
m. ACSU-F-4 1 no.
n. ACSU-F-5 1 no.
o. ACSU-F-6 1 no.
p. ACSU-F-7 1 no.
q. ACSU-F-8 1 no.
r. ACSU-F-9 1 no.
s. ACSU-F-10 1 no.
t. ACSU-F-11 1 no.
3.09 PVC condensate water drain piping c/w thermal insulation
and other necessary accessories as following:
a. OAPU-G1 1 no.
b. OAPU-F1 1 no.

3.10 Power cabling (G.I Conduit) between indoor & outdoor unit, indoor
remote controller, interlocking cabling for all the units.
a. OAPU-G1 1 no.
b. OAPU-F1 1 no.

3.11 Testing and commissioning of diffusers, supply air grilles, 1 lot


return air grilles, exhaust air grilles, louvers, external louvers, VCD,
OBD, fire dampers, non-return damper and all necessary accessories.

3.12 Refrigerant charging of the VRV system. 1 lot

3.13 Any other items not mentioned above but necessary to complete the scope
of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub- Total (3.00):


Total For Section (3B) :-

SECTION 3C : MECHANICAL VENTILATION SYSTEM


To supply, deliver and and install the followings:-

1.00 Fresh Air Fan System


To supply, deliver and and install the followings:-

1.01 Axial fan c/w tag number, all wiring works, local fan switch,
starter/control panel and anti-vibration isolator, flexible connection, M.S
bracket, M.S hanger, external weather proof louver, moisture resistant
motor, galvanised steel cabinet as follows (silencer/ acoustic lining to be
include if the fan noise exceed allowable noise criteria):-

a. FAF-AHU-OT-1 1 no.
b. FAF-AHU-OT-2 1 no.
c. FAF-AHU-OT-3 1 no.
1.02 Fresh air G.I. ducting for the following fan c/w thermal insulation, non- 1 lot
return damper, M.S support, M.S hangers, M.S bracket, painting,
aluminium powder coated supply air grilles, exhaust air grilles, external
weather proof louver, volume control dampers, goose neck duct, puddle
flange/dog house for duct pass through water tight structure, fire seal,
insect/bird screen and associated accessories.

a. FAF-AHU-OT-1 1 no.
b. FAF-AHU-OT-2 1 no.
c. FAF-AHU-OT-3 1 no.

1.03 Fan control panel c/w tag number, MCCB/MCB, RCD, EF/OC, starters,
controls, indications, relay, contractors, interlocking system, interlocking
with AHU's, thermostat (if necessary), all cabling works and all necessary
accessories.

a. CP-AHU-OT-1 1 no.
b. CP-AHU-OT-2 1 no.
c. CP-AHU-OT-3 1 no.

1.04 Testing and commissioning 1 lot

2.00 Exhaust Fan System


To supply, deliver and and install the followings:-

2.01 Axial fan c/w tag number, all wiring works, local fan switch,
starter/control panel and anti-vibration isolator, flexible connection, M.S
bracket, M.S hanger, external weather proof louver, moisture resistant
motor, galvanised steel cabinet as follows (silencer/ acoustic lining to be
include if the fan noise exceed allowable noise criteria):-

a. EAF-G1 1 no.
b. EAF-G2 1 no.
c. EAF-G3 1 no.
d. EAF-G4 1 no.
e. EAF-F1 1 no.
f. EAF-F2 1 no.
g. EAF-R1 1 no.
h. EAF-R2 1 no.
i. EAF-R3 1 no.
2.02 Exhaust air G.I. ducting for the following fan c/w thermal insulation, 1 lot
non-return damper, M.S support, M.S hangers, M.S bracket, painting,
aluminium powder coated supply air grilles, exhaust air grilles, external
weather proof louver, volume control dampers, goose neck duct, puddle
flange/dog house for duct pass through water tight structure, fire seal,
insect/bird screen and associated accessories.

a. EAF-G1 1 no.
b. EAF-G2 1 no.
c. EAF-G3 1 no.
d. EAF-G4 1 no.
e. EAF-F1 1 no.
f. EAF-F2 1 no.
g. EAF-R1 1 no.
h. EAF-R2 1 no.
i. EAF-R3 1 no.

2.03 Fan control panel c/w tag number, MCCB/MCB, RCD, EF/OC, starters,
controls, indications, relay, contractors, interlocking system, interlocking
with AHU's, thermostat (if necessary), all cabling works and all necessary
accessories.

a. CP-EAF-G1 1 no.
b. CP-EAF-G2 1 no.
c. CP-EAF-G3 1 no.
d. CP-EAF-F1 1 no.
e. CP-EAF-F2 1 no.

2.04 Ceiling cassette ventilating fan c/w tag number, all wiring works, local
fan switch, starter/control panel and anti-vibration isolator, flexible
connection, M.S bracket, M.S hanger, moisture resistant motor,
galvanised steel cabinet as follows (silencer/ acoustic lining to be include
if the fan noise exceed allowable noise criteria):-

Ground Floor
a. EAF-G-1 1 no.
b. EAF-G-2 1 no.
c. EAF-G-3 1 no.
d. EAF-G-4 1 no.
e. EAF-G-5 1 no.
f. EAF-G-6 1 no.
g. EAF-G-7 1 no.
h. EAF-G-8 1 no.
i. EAF-G-9 1 no.
j. EAF-G-10 1 no.
k. EAF-G-11 1 no.
l. EAF-G-12 1 no.
m. EAF-G-13 1 no.
n. EAF-G-14 1 no.
o. EAF-G-15 1 no.
p. EAF-G-16 1 no.
q. EAF-G-17 1 no.
r. EAF-G-18 1 no.

First Floor
a. EAF-F-1 1 no.
b. EAF-F-2 1 no.
c. EAF-F-3 1 no.
d. EAF-F-4 1 no.
e. EAF-F-5 1 no.
f. EAF-F-6A 1 no.
g. EAF-F-6B 1 no.
h. EAF-F-7 1 no.
i. EAF-F-8 1 no.
j. EAF-F-9 1 no.
k. EAF-F-10 1 no.
l. EAF-F-11 1 no.
m. EAF-F-12 1 no.
n. EAF-F-13 1 no.
o. EAF-F-14 1 no.
p. EAF-F-15 1 no.

2.05 Testing and commissioning 1 lot

2.06 Any other items not mentioned above but necessary to complete the scope
of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Total For Section (3C) :-

TOTAL FOR SECTION (3) :


Amount (RM)
Item Extent Of Works Qty Rate (RM)

SECTION 4 : FIRE PROTECTION SYSTEM

SECTION 4A: FIRE ALARM SYSTEM


To supply, deliver and and install the followings:-

1.00 Addressable fire alarm panel c/w loop controller, LED lights, 1 set
mimic, zone control, battery charger, 6" dia. master alarm Bell,
all wiring works and etc. accessories at Lounge Area.
Brand: EST or equivalent

(Armoured cable to be used for road crossing)

1.01 24V DC dome bell c/w cabling in G.I. conduit, supporting 1 lot
brackets and etc. accessories.

1.02 Intelligent addressable strobelight and sounder c/w cabling in GI 1 lot


conduit, supporting brackets and ect acccessories.

1.03 Addressable manual breakglass c/w cabling in G.I. conduit, 1 lot


supporting brackets and etc. accessories.

1.04 Intelligent addressable smoke detector c/w cabling in G.I.


Conduit, supporting bracket and etc. accessories. to main
fire alarm panel.
a) Ground Floor 1 lot
b) First Floor 1 lot
c) Roof Plan 1 lot

1.05 Intelligent addressable heat detector c/w cabling in G.I.


Conduit, supporting bracket and etc. accessories. to main
fire alarm panel.
a) First Floor 1 lot
b) Roof Plan 1 lot

1.06 Intelligent addressable control module (e.g. AHU/ACMV 1 lot


system trip, PA system, Security door release of EM lock) c/w
cabling in G.I. Conduit, supporting bracket and etc. accessories.
1.07 Intelligent addressable single output module (e.g. alarm bell) 1 lot
c/w cabling in G.I. Conduit, supporting bracket and etc.
accessories.

1.08 Isolator module c/w cabling in G.I. conduit, supporting brackets 1 lot
and etc. accessories.

1.09 Booster power supply unit c/w battery, cabling in G.I. conduit, 1 lot
supporting brackets and etc. accessories.

1.10 Lightning surge arrestor c/w necessary accessories. 1 lot

1.11 Water tank low electrode c/w signal cabling to the addressable 1 lot
fire alarm system.

1.12 Indication signal and wiring works from all the fire protection 1 lot
system including the status of hose reel pump, CO2 system and
etc.

1.13 Bomba Direct Fire Safety Link System (SPKA) link to 1 lot
Bomba complying Bomba's requirement c/w testing &
commisioning (including maintenance & subcription fees
for DLP period)

1.13 Engineering Programming, Testing & Commissioning of the 1 lot


entire Fire Alarm System.

2.00 Any other items not mentioned above but necessary to


complete the scope of work, please specify:-
(Write 'NIL', if there is none)
(a) __________________________________________
(b)__________________________________________
(c)__________________________________________

SUB TOTAL FOR SECTION (4A) :

SECTION 4B: HYDRANT SYSTEM


To supply, deliver and install the followings:-

1.00 150mm dia. M.S.C.L. incoming pipe from fire water meter to 1 lot
each hydrant point for hydrant reticulation c/w stump valves,
brackets,hangers, supports, 'painting, connection, excavation,
back-filling, reinstatement and all necessary accessories.

1.01 Double pillar hydrant c/w connection, fitting and painting 1 nos
works.
1.02 Fire hose box c/w 2 1/2" dia., 30m long rubbing line canvas 1 nos
hose and coupling for each hydrant cabinet.

2.00 Any other items not mentioned above but necessary to


complete the scope of work, please specify:-
(Write 'NIL', if there is none)
(a) __________________________________________
(b)__________________________________________
(c)__________________________________________

SUB TOTAL FOR SECTION (4B) :

SECTION 4C: HOSEREEL SYSTEM

To supply, deliver and and install the followings:-


(Note: Tenderer shall confirm the proposed pumpset is
complying to latest Bomba requirement upon obtain the
approval Bomba.)

1.00 Duty electric motor driven hosereel pump as specified in 1 set


the specifications, drawings and signages.

1.01 Standby diesel engine driven hosereel pump c/w lead acid 1 set
type batteries & charger unit as specified in the specification,
drawings and signages.

1.02 Pumpset control panel c/w control wiring in G.I. conduit 1 set
or trunking with pressure switch control . Charger unit &
Lead acid type battery c/w battery stand and complying to

1.03 65mm dia. G.I. Class "B" pipe from hosereel tank to 1 lot
hosereel pumps at pump house including gate valve,
Y-strainer, flexible joint, brackets, painting, concrete stump
and all necessary accessories.

1.04 50mm dia. G.I Class "C" hosereel pipe-work laids underground 1 lot
as specified in the drawing c/w valves, fittings, brackets,
concrete stump, connections painting and all necessary
accessories.

1.05 50mm dia. G.I Class "B" hosereel pipe-work as specified in the 1 lot
drawing c/w valves, fittings, brackets, concrete stump,
connections painting and all necessary accessories.

1.06 25mm dia. G.I. "B" dropper pipe c/w valves, fittings, 1 lot
brackets, painting and all necessary accessories.
1.07 Hydraulic hosereels c/w 25mm diameter, 30m long 1 lot
non-link rubber hose, shut-off nozzle and metal nozzle box
with key.

1.08 Hosereel cabinet 1 lot

2.00 Any other items not mentioned above but necessary to


complete the scope of work, please specify:-
(Write 'NIL', if there is none)
(a) __________________________________________
(b)__________________________________________
(c)__________________________________________

SUB TOTAL FOR SECTION (4C) :

SECTION 4D : PORTABLE FIRE EXTINGUISHER SYSTEM

To supply, deliver and and install the followings:-

1.00 9kg dry powder fire extinguishers c/w mounting 1 lot


brackets and signage.

1.01 2kg carbon dioxide fire extinguishers c/w mounting 1 lot


brackets and signage.

2.00 Any other items not mentioned above but necessary to


complete the scope of work, please specify:-
(Write 'NIL', if there is none)
(a) __________________________________________
(b)__________________________________________
(c)__________________________________________

SUB TOTAL FOR SECTION (4D) :

SECTION 2E : CARBON DIOXIDE SYSTEM

To supply, deliver and and install the followings:-

1.00 2 zones CO2 control panel c/w battery charger, lead acid
batteries, wiring for monitoring, alarm functions and
wirings to main fire alarm panel as specified in the drawing.
a) Genset Room 1 lot
b) Main Switch Board Room 1 lot

1.01 Heat detector & Smoke detector c/w wiring work to be


connected to CO2 control panel.
a) Genset Room 1 lot
b) Main Switch Board Room 1 lot

1.02 CO2 gas storage cylinder c/w pilot cylinder, solenoid


valve, fittings, nozzles, pipings, brackets, manual pull box,
painting and all other incidental works.
a) Genset Room 1 lot
b) Main Switch Board Room 1 lot

1.03 Fire curtain c/w auto release mechanism and wiring works
to be connected to CO2 control panel.
a) Genset Room 1 lot
b) Main Switch Board Room 1 lot

1.04 Red/green discharge lights, manual pull mechanism,


alarm bells, pilot cylinder as specified in drawing c/w
wiring work in metal conduit to CO2 control panel.
a) Genset Room 1 lot
b) Main Switch Board Room 1 lot

2.00 Any other items not mentioned above but necessary to


complete the scope of work, please specify:-
(Write 'NIL', if there is none)
(a) __________________________________________
(b)__________________________________________
(c)__________________________________________

SUB TOTAL FOR SECTION (4E) :

TOTAL FOR SECTION (4) :


Amount (RM)
Item Extend Of Works Qty U/Rate

SECTION 5 :MEDICAL GAS SYSTEM


To supply, deliver and and install the followings:-

SECTION 5A: CENTRAL OXYGEN SYSTEM


To supply, deliver, install, test and commission the following
equipment and accessories as specified

1.00 Primary fully-automatic Oxygen supply plant 1 lot


consisting of :
a. Manifold System (Capacity : lpm )
b. Control panel, incorporating :
- Primary & secondary arranged pressure reducing valves
- Pressure controllers
- Necessary isolating, purge test, relief, and non-return valves.
- Manifold monitoring & indicating system consisting of :
- Manifold status monitoring
- Manifold status indicator unit
- Manifold to alarm system interface unit.

1.01 Secondary supply system c/w automanifold panel . 1 lot

1.02 Oxygen cylinders. 1 lot

1.03 Initial charge of Oxygen : 1 lot


a. Liquid oxygen for testing purpose
b. Fully-charged liquid Oxygen for handling-over
c. Oxygen cylinder for testing purpose
d. Fully-charged cylinder for testing handling-over.

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5A) : RM

SECTION 5B: CENTRAL NITROUS OXIDE SYSTEM


To supply, deliver, install, test and commission the following
equipment and accessories as specified
1.00 Primary fully-automatic nitrous oxide supply plant consisting of : 1 lot

a. Manifold System (Capacity : lpm )


b. Control panel, incorporating :
- Primary & secondary arranged pressure reducing valves
- Pressure controllers
- Necessary isolating, purge test, relief, and non-return valves.
- Manifold monitoring & indicating system consisting of :
- Manifold status monitoring
- Manifold status indicator unit
- Manifold to alarm system interface unit.

1.01 Secondary supply system c/w control panel manual, and manifold 1 lot

1.02 Nitrous Oxide cylinders 1 lot

1.03 Initial charge of nitrous oxide 1 lot


a. Nitrous oxide cylinders for testing purpose
b. Fully-charged cylinders for handling-over

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5B) : RM

SECTION 5C: CENTRAL MEDICAL COMPRESSED AIR PLANT


To supply, deliver, install, test and commission the following
equipment and accessories as specified

1.00 Primary medical compressed air plant minimum with 1 lot


duplex arrangement (Capacity : lpm )
a. Heavy-duty rotary screw air compressor after cooler assemblies

c/w acoustic canopy, concrete plinth, etc.


b. Approved vertical air tank c/w fittings, etc
c. Heavy-duty filter-dryer assemblies c/w 2 nos each dew point and
pressure fault sensors, etc.
d. Plant operating & indicating system consisting of
- Plant control
- Compressor starter unit
- Filtration / Dryer assembly control unit
- Plant status monitoring & indicating unit
- Plant alarm system interface unit
e. Multi-purpose test point

1.01 Secondary supply system c/w control panel manual and manifold 1 lot

1.02 Compressed Air Cylinders 1 lot

1.03 Initial charge of medical compressed air : 1 lot


a. Medical compressed air cylinder for testing
b. Fully-charged medical compressed air cylinders for handling-over

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5C) : RM

SECTION 5D: CENTRAL MEDICAL SURGICAL AIR PLANT


To supply, deliver, install, test and commission the following 1 lot
equipment and accessories as specified

1.00 Secondary supply system c/w semi-auto control panel 1 lot

1.01 Initial charge of medical compressed air : 1 lot


a. Medical compressed air cylinder for testing
b. Fully-charged medical compressed air cylinders for handling-over

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5D) : RM

SECTION 5E: CENTRAL MEDICAL VACUUM PLANT


To supply, deliver, install, test and commission the following
equipment and accessories as specified

1.00 Primary medical vacuum plant minimum of duplex 1 lot


arrangement consisting of (Capacity : lpm )
a. Heavy-duty rotary vane pump motor assemblies, max
650 mm Hg vacuum range, concrete plinth,
b. Approved vertical vacuum tank, c/w fittings, etc
c. Medical and bacterial grade filtration assemblies
complete with sterilizable secretion trap.
d. Plant operating & indicating system consisting of :
- Plant control unit
- Plant starter unit
- Plant status monitoring & indicating unit
- Plant to alarm system interface unit
e. Multi-purpose test point

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5E) : RM

SECTION 5F: ANESTHETIC GAS SCAVENGING PLANT


(Install at M&E Room Plant)
To supply, deliver, install, test and commission the following
equipment and accessories as specified

1.00 Duplex-arranged, heavy-duty rotary type AGS pump motor 1 lot


assemblies c/w control panel, vacuum flow / regulating valve, etc.

(Capacity per pump: lpm)

1.01 AGSS remote start stop switches located inside the operating 1 lot
control panels.

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5F) : RM

SECTION 5G: MEDICAL GAS LINE ISOLATION BALL VALVES


To supply, deliver, install, test and commission the following
equipment and accessories as specified
1.00 Medical gas line ball valve consisting of : 1 lot
a. Manufactures of oxygen compatible materials
b. Manufacturer's serial number / identification and sizes stamped
c. Capable of withdrawal without cutting the pipe work
d. Ball lever type key locking device in the open or close position.
e. Open and close with a 90 deg lever handle
f. Full bore type
g. Intended copper stubs at both ends

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5G) : RM

SECTION 5H: PIPELINE RETICULATION SYSTEM


To supply, deliver, install, test and commission the following
equipment and accessories as specified

1.00 Complete medical gases, vacuum and AGS pipeline reticulation 1 lot
system consisting of Ground Floor, First Floor and M&E Floor.
a All pipes and fittings to be phosphorous, de-oxidized, non arsenal
copper to BS 6017 grade C 106 : sizes and manufactured to BS 2871,
pt 1, Table X and BS 864 Pt. 2 respectively.
b Pipe runs to maintain minimum 25 mm clearance between each
service where pipe work crosses other services and the 25 mm
clearance cannot be maintained, be electrically bonded wrap insulated,
etc
c Secondary brass fitting supports

d Primary mild steel brackets

e Copper sleeves to be provided for pipe work passing through wall

f All pipes and fittings to to be maintained for cleanliness by capping or


tape or polythene bags during site storage and or construction.

g On-site, copper jointing technique to utilize a BS 1845 copper


phosphorous brazing alloy, 100% Oxygen free nitrogen inert gas
shield and no flux.
h Medical pipeline jointing technique to be used only when connecting
pipe work to plant and equipment.
i Wheel cutter only permitted to cut a clean and square pipe, debarred,
re-round and cleaned of cuttings.
j Color coded, gas-specify identification tapes.
k Color coded directional tapes.
2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5H) : RM

SECTION 5I: AREA VALVE SERVICE UNIT (AVSU) AND


AVSU MODULES
To supply, deliver, install, test and commission the following
equipment and accessories as specified

1.00 AVSU modules consisting of multiple individual AVSU's as specified 1 lot


:
a. Integral 2-gas to 6-gas service module, surface/recessed mounted c/w
fix and 2nd fix sub-assembled.
b. Medical gas line ball valve, specification similar to item F.
c. The respective ball valve installed within a box, having key lockable
and gas specific hinged cover, capable of being locked with the valve
in the open or close position.
d. Have ease of access for fitting the valves and pipework and
maintenance.
e. Be ventilated and have pipe entries and other box penetration sealed
with suitable sealant.
f. Have means of gaining access in an emergency without the use of the
key.
g. Have means of physically isolating and blanking off the service both
up stream and down stream of the valve by means of removable
section and blank plate.
h. Have NIST connector bodies, gas specific with cap.
i. Metallic boxes.
j. Identification of valve, color coded on or adjacent to each valve within
box.
k. Provision for medical gas zone alarm panel c/w back-up power
supply, mute & test facilities, etc.
l. All sensors compartment
m. All M & E works to IEC 601-1, HTM 2022 1997:British Standard
practice, wire size and color coding.
n. Rewired, prepiped, factory tested, certificated, packaged assembled
before shipment.

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.
Sub-total for Section (5I) : RM
SECTION 5J: TERMINAL UNITS

1.00 To supply, deliver, install, test and commission the complete specified 1 lot
type terminal units and accessories as per specified type terminal units
and accessories as per specification drawings.

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section 5J : RM

SECTION 5K: BEDHEAD TRUNKINGS

To supply, deliver, install, test and commission the complete


prewired, prepiped, factory assembled/packaged bedhead trunkings
including the heavy duty medical rails and accessories as per
specification and drawing :

1.00 Bedhead Trunkings for :

a. 1,200 mm Single layer type for General beds. 3 nos

Consist of the following :


- Segregated internal & Fascia section medical gas and AGS services.

- Segregated internal section for LV & ELV services.


- Rear entry feeding box with segregated gas LV/ELV services
- Medical gases & AGS terminal units to BS 5682 :
1984 & BS 6834 : 1987.
- Provision for SSOs flushed and color coded type for normal
Essential and UPS services to BS 1363:1984 brackets and opening.

- Provision for RCD's with audible and mute facilities supplied by


others
- Provision for bracket and opening for data processing/monitoring
socket facility
( where applicable, the said socket (s) shall be issued to gas contractor
for installation)
- All M & E works to IEC 601-1 : British Standard practice wire size
and color coding.
- Rewired & prepiped, factory tested, certificated, packaged and
assembled before shipment.
- Provision for Information Technology (IT) data point socket
opening.

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5K) : RM

SECTION 5L: BEDHEAD TRUNKINGS

1.00 Central alarm system located in plant or manifold room consists of


specification as tabulated below :
a Master Unit 1 lot
b Slave Unit 1 lot
c Wiring 1 lot
- multiplexed system using a pulse width modulated signal on two
core inter-panel wiring, capable of displaying up to 15 services, each
consisting of up to 4 conditions plus normal.
- Signal from Plant or Manifold are fed into the system via
transmitters.
- Maximum signal cable per system to be 6 kilometers.
- Five 10 x 20 mm block LED's per services show the conditions of
the services through lens mounted behind a wipe-clean membrane .

- Flashing audible alarm modes.


- Fascia 15-minutes momentary mute alarm button.
- Internal lockout mute button
- Volume control for audible sound
- Fascia test button
- Fascia power indicator
- Fascia 7-segment system fault display to expedite trouble shooting
and repairs, via test button.
- Alarm panels consist of :
a. Power supply (240 VAC) with battery reserve.
b. Control panel with lamp selector switch and
control circuits.
c. Transmitter boards)
- Wiring in rigid conduit
- IP 54 protection

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5L) : RM

SECTION 5M: AVSU ALARM PANELS

1.00 To supply, deliver, install, and test commission the complete repeater 4 nos
zone alarm panels and accessories.

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5M) : RM

SECTION 5N: MODULAR OPERATING THEATRE PANEL

1.00 To supply, deliver, install, and test commission the complete modular 3 nos
operating theatre panel complete with associated works as per
specification and drawings .

a. Modular Operating Theatre panel comprising of both 1st. Fix wall box
assembly, manufactured in 1.6mm zintec coated mild steel with
removable doors.
It shall be white powder epoxy coated, white RAL 9010. Front fascia,
door and tiles of 2mm brushed grain stainless steel.
b. Flushed mounted analog elapsed clock and analog
time of day showing hour and minutes c/w reset
button.
c. X-Ray viewer complete with film holder.
d. Line Isolation and overload monitor (LIOM) system
complete with approximately of 5kVA Isolating
Transformer complete with cabling connection and
termination. (Others)
e. Provide enclosed compartment in tiles system for
the following fittings :-
i. 8 nos. x Single socket outlet (Others)

ii. 1 no. x Intercom handset (Others)


iii. 2 nos. x LIOM (Others)
iv. 1 no. x AGSS Remote Start-stop Switch
v. 1 no. x Air Conditioning Controller i.e. Temperature and humidity
sensor. (Others)
vi. 1 no. x OT Light Controller (Others)
vii. 1 no. x Medical Gas Area Alarm
viii. 1 no. x Fire Alarm Indicator (Others)
f. Lead protection install at the near of the panel

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5N) : RM

SECTION 5O: TESTING, COMMISSIONING, VALIDATION &


VERIFICATION WORKS AT SITE, PLANT MEDICAL GAS

1.00 To supply the necessary services, test instrument, etc, to execute the 1 lot
specified works fully in accordance with HTM 02-01:Part A & B
practices and as specified herein.
- Material, inspection.
- Jointing, inspection
- Labeling and marking, inspection
- Sleeving and supports, inspection
- Leakage test.
- Cross connection test
- Leakage test.
- Vacuum leakage test
- Area valve service units
- Closure and zoning tests.
- Cross-connection test
- Functional tests of terminal units and NIST connectors.
- Design flow performance tests.
- Sources of supply tests
- Pressure safety valves, certification.
- Verification of drawings
- Purging and filling.
- Quality, gas
- Gas identification.

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5O) : RM


SECTION 5P: TESTING, COMMISSIONING, VALIDATION &
VERIFICATION WORKS AT SITE, PLANT MEDICAL GAS

1.00 Standard Maintenance


We offer to maintain and service the whole installations (excluding Rate Only
replacement of parts) after the expire of the defects and Liability
Period per annum for three (3) years.
Rate Only: RM ___________________

2.00 Comprehensive Maintenance


We offer to maintain and service the whole installations (including Rate Only
supply of all labour and parts due to normal wear and tear ) after the
expiry of the twelve month Defects and Liability Period per annum for
three (3) years.
Rate Only: RM ___________________

2.00 Any other items not mentioned above but necessary to complete the
scope of work, please specify:-
(Write 'NIL', if there is none)
a.
b.
c.

Sub-total for Section (5P) : RM

Total Section 5 : Medical Gas System : RM


Amount (RM)
-

-
Item Extent Of Works Qty Unit Rate (RM)

SECTION (6): LIFT SYSTEM

1.00 Passenger lift


To supply, deliver, and install the followings:-

1.01 Passenger lift c/w lift car, car door, landing door, lift motor, internal lighting &
cabling, all requirements as detailed in the specifications and any other items and
features that required to form complete and functional systems of lifts.

a) Passanger Lift ( Lift No. L1) 1 no.


Type : Motor roomless
Capacity : 21 Persons
Speed : 60 mpm
2 Stops / Openings
ACVVVF
Simplex Car Group Control
Power Per Lift : ______ kW ( _____ HP)
(Note: Refer to tender drawing for all lift locations and specifications)

1.02 Lift's starter / control panel to the lift motors c/w MCCBs, heavy duty contactors, 1 lot
overload protection, surge protection device, control systems, fire signal relay,
internal wiring, pilot /indicating lamps and etc. (Note: Genset supply is available
during TNB power outage)

1.03 All passenger lift to fit with Car Door Locking Device, Emergency Operated 1 lot
Power supply (EBOPS), Automatic Rescue Device (ARD), Ascending Car
Overspeed Protection (ACOP), Unintended Car Movement Protection (UCMP)
and any other relevant accessories.

1.04 Power cabling from lift's starter/ control panel/ switch board to the lift motors c/w 1 lot
termination, trunking, etc.
(Note: Eletrical schematic diagram has to be submitted for approval)

1.05 Control cabling and ELV integration for lift's starter/control panel to all lift- 1 lot
calling stations.

1.06 2 way intercom c/w cable and wiring. 1 lot

1.07 CCTV Cabling


a) Power cable laid in metal conduit. 1 lot
b) Elevator data cable from lift car to CCTV control 1 lot
panel. ( CAT 6)
2.00 Any other items not mentioned above but necessary to complete the scope of
work, please specify:-
(Write 'NIL', if there is none)
(a)_______________________________________
(b)_______________________________________
(c)_______________________________________

TOTAL FOR SECTION 6 :


Total (RM)
Project: THE SUPPLY, DELIVERY, INSTALLATION, TESTING, COMMISSIONING & MAINTENANCE OF THE PROPOSED
MECHANICAL & ELECTRICAL SYSTEM INSTALLATION WORKS FOR
“PERMOHONAN PELAN BANGUNAN BAGI CADNGAN MEROBOH 2 BUAH RUMAH SESEBUAH 1 & 2 TINGKAT SEDIA
ADA DAN MEMBINA SEBUAH PUSAT RAWATAN PAKAR MATA TOPVISION EYE SPCIALIST CENTRE 2 TINGKAT DI
ATAS LOT PT 86 SEKSYEN 11 (LOT TERDAHULU LOT 195 & LOT 196), JALAN UTARA, BANDAR PETALING JAYA,
DAERAH PETALING, 46200 PETALING JAYA, SELANGOR”
FOR M/S TOPVISION INTERNATIONAL EYE SPECIALIST CENTRE SDN BHD

************SITE VISIT IS COMPULSORY************

SUMMARY OF PRICE

SECTION 1: PRELIMINARIES AND GENERAL RM

SECTION 2: ELECTRICAL SYSTEM RM

SECTION 3: AIR-CONDITIONING & MECHANICAL VENTILATION (ACMV) SYSTEM RM

SECTION 4: FIRE PROTECTION SYSTEM RM

SECTION 5: MEDICAL GAS SYSTEM RM

SECTION 6: LIFT SYSTEM RM

TOTAL PRICE FOR SECTION 1 TO 6: RM

(Ringgit Malaysia : __________________________________________________________


___________________________________________________________)

__________________________
Chop & Signature of Tenderer

Name : _________________________
Designation : ____________________
Date : __________________________
& MAINTENANCE OF THE PROPOSED

RUMAH SESEBUAH 1 & 2 TINGKAT SEDIA


ON EYE SPCIALIST CENTRE 2 TINGKAT DI
ALAN UTARA, BANDAR PETALING JAYA,

HD

*****

____________
_____________)
THE SUPPLY, DELIVERY, INSTALLATION, TESTING, COMMISSIONING & MAINTENANCE OF THE
Lift's Specifications Passenger Lift
No.of Unit One (1)
Capacity (Persons) 21 Persons
Speed (metres/minute) 60 MPM
No.of stop/opening 2 stops / 2 openings
Service floor name To be specified
Travel distance (metres) Refer to Elevation Drawing
Control system Intelligent supervisory
Operation Duplex Car Control
Traction machine AC gearless
Machine position Machine Room-Less
Motor Control AC-VVVF
Motor power (KW) To be specified
Lift Shaft Size Provided 2500 mm (W) x 3000 mm (D)
Lift Pit Provided 1800 mm (D)
Overhead Provided 4900 mm (H)

Lift Car Specifications


Ceiling Indirect lighting with side vents
Wall finishes - Side & Rear Hairline stainless steel
Car door finishes Hairline stainless steel
Car size (WxDxH) To suit
Front return panel finishes Hairline stainless steel
Car transom finishes Hairline stainless steel
Handrail NIL
Car flooring Heavy duty homogeneous tiles
Car sill Extruded hard aluminium
Kick Plate Stainless steel
Car operation panel Stainless steel face-plate
Car position indicator Digital (above car operation panel)
Door size (WxH) CO / 1200mm(W) x 2200mm(H)
Car Locking Devices Required
EBOPS Required
PMA No. Face Plate With proper labelling tag
Hall Equipment & Finishes
Landing door - Typical Floor Hairline stainless steel
*Comply Uniform Building By Law 152, paragraph (2)
Landing door - Ground Floor Hairline stainless steel
*Comply Uniform Building By Law 152, paragraph (2)
Landing sill Extruded hard aluminium
Door jambs finishes Hairline stainless steel for all floor
Door jambs type Narrow door jamb for all floors
Transom panel TBA
Hall position indicator Combine type for all floors
Hall lantern TBA
Hall call button Combine type for all floors

Operational Features 1) Fire emergency return


2) Emergency battery operated power supply (EBOPS)
3) Automatic rescue device (ARD)
4) Car fan auto off
5) Car light auto off
6) Lift Intercom system
7) Overload protection with light/sound
8) Car arrival chime
9) Door safety ray (Multi-Beam sensor) plus limit switches
10) Surge protection device at control panel
11) Firemen switch at ground floor
11) Safety door edge (two side)
12) Anti Locking Device
13) Hosting beam setting out drawing
14) Exhaust fan c/w automatic shutter, thermostat sensor in
machine room
15) Min. 2 hour fire rated landing door with Bomba
Certificate c/w insulation

Other Works Included 1) Lift switch board in motor room


2) Cat ladder at lift pit
3) Sill supports at entrance
4) Submission to JKKP & securing approval
5) Button c/w braille
6) Door hold button

Monitoring features 1) Lift Intercom at fire access floor


(All underground cabling works to be included)

Schedule
Delivery/Shipping Please state
Installation Please state
Testing & commissioning Please state
Payment mode Please state

Conditions
Defects Liability Period Refer to tender conditions.
Maintenance rates after Please state general and comprehensive maintenance rates for
first 5 years after D.L.P under section "Schedule of Unit Rate" of
this book.
Liquidated & Ascertained Damages Refer to tender conditions.
Items by others Please state (attach separate sheet)
THE SUPPLY, DELIVERY, INSTALLATION, TESTING, COMMISSIONING & MAINTENANCE OF THE PROPOSED
Tenderers shall quote for the Comprehensive maintenance service after expiry of the normal one year's free maintenance
period. (Comprehensive maintenance shall INCLUDE all labour and materials such as oil, grease, repairs and replacement of
A. Comprehensive Maintenance and Service

Item Description
1 One (1) passenger lift (21 persons) after DLP
1st year RM
2nd year RM
3rd year RM
4th year RM
5th year RM

TOTAL 5 YEARS :

B. Standard Maintenance Service EXCLUDING replacement of parts but including 24-Hour daily emergency service

Item Description
1 One (1) passenger lift (21 persons) after DLP
1st year RM
2nd year RM
3rd year RM
4th year RM
5th year RM

TOTAL 5 YEARS :

C. Particular of Maintenance Service Centre

Item Description

1. Maintenance service is to be done by your own company or by Agent

2. Address of Depot

3. Person in-charge

4. Number of Technicians

5. Telephone No.

6. No. of buildings under maintenance

TOTAL
& MAINTENANCE OF THE PROPOSED LIFT
piry of the normal one year's free maintenance
s such as oil, grease, repairs and replacement of

Per annum
Per annum
Per annum
Per annum
Per annum

ut including 24-Hour daily emergency service

Per annum
Per annum
Per annum
Per annum
Per annum

Amount RM

…………………………….

…………………………….

…………………………….

…………………………….

…………………………….

…………………………….
ignature : ……………………………………………

irm Tendering : ……………………..………………

Address : ………………...…………………………..
…………………..…………………………………….
…………………..…………………………………….

ate : ………………………………………………….

You might also like